Loading...
HomeMy WebLinkAboutContract 58860-FP1FORTWORTH, PARK & RECREATION DEPARTMENT NOTICE OF PROJECT COMPLETION -FP1 City Secretary No. 58860 Date Received: 1/29/2025 City Project N!?: 102353 Regarding contract 58860 Playground Replacement at 7 Parks North for as required by the PARK & RECREATION DEPARTMENT as approved by City Council on 12/13/2022 through M&C 22-1033 the director of the PARK & RECREATION DEPARTMENT upon the recommendation of the Assistant Director of the Park & Recreation Department has accepted the project as complete. Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Recommended for Acceptance Asst. Director, PARK & RECREATION DEPARTMENT Accepted Director, PARK & RECREATION DEPARTMENT C) •• ' - -- - - -- - - Asst. City Manager Comments: $ 1,972,007.80 $ 135,055.12 2V9 2 $ 2,107,062.92 $ 2,107,062.92 Days @ $650.00/ Day $ 2,107,062.92 $ 2,001,709.77 $ 105,353.15 Jan 22, 2025 Date Jan 23, 2025 Date Jan 28, 2025 _ Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment To (Owner) City of Fort Worth Invoicing Period (From- To): P. G: Number: FW080-0000011515 Project: 102353 City Secretary Contract Number: Approved Change Orders Number 1 2 3 4 5 6 7 8 TOTALS NET CHANGE BY CHANGE ORDERS Contractor's Certification 58860 Application For Payment Change Order Summary Additions $132,169.22 $39,041.75 $171,210.97 Invoice No.#10 Retainage Invoice Date: From (Contractor): Remit to ( If Not Automatic Deposit ): L J DESIGN & CONSTRUCTION LLC Contractor's CFW Vendor No.: 0000035512 Contract Playground Replacement at 7 Park Sites: Arcadia Trail, Arcadia Trail South, Eugene McCray, Name: Littlejohn, Marine, Quanah Parker and Wright -Tarlton Parks $135,055.12 1. ORIGINAL CONTRACT PRICE.......................................................... $ $1,972,007.80 Deletions 2. Net change by Change Orders................................................................. $ $135,055.12 $36,155.85 3. Current Contract Price (Line 1 f 2)........................................................ $ $2,107,062.92 4. TOTAL COMPLETED AND STORED TO DATE (Progress Estimate, Construction Allowance and Change Orders)....... $ $2,107,062.92 5. RETAINAGE: a. X $2,107,062.92 Work Completed.......... $ b. X Not Used $ c. Total Retainage (Line 5a + Line 5b) ............................... $ 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)............................. $ $2,107,062.92 $36,155.85 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)........ $ $2,001,709.77 8. AMOUNT DUE THIS APPLICATION ................................................. $ $105,353.15 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + Cos + Line 5 above) .............. $ $0.00 The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages $650.00 x day PUDOGfP�y Greg Woo ey (Jan 17, 2025 7:57 CST) 10. CONTRACT TIME: a, Days Awarded 200 b, Days Added by CO C. Total Days 200 d, Days Charged 200 e, Days Remaining Consent of Surety Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. CSC No. 58860-0O2 F0R'rW6R'1'H,: City of Fort Worth Change Order Request Project Name Playground Replacement at 7 Parks North I City Sec It I 58860 l Client Project 11(s)l 102353 l Project Descdplionl Playground replacements at Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker, Wright -Tarlton Parks Conlraclorl L.J. Design & Construction Change Order#1 2 I Dalel 2/1312024 City Project Mgr. Patrick Vicknair City Inspectorl Byron McDonald l Dept. PARD Contract Time Totals (CD� Original Contract Amount $1,972,007.80 $1,972,007.80 00 Extras to Date $96,013.37 $96,013.37 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $2,068,021.17 $2,068,021.17 200 'Go to ADD & DEL Tabs to Enter CO Backup $39,041.75 $39,041.75 Revised Contract Amount 2,107,062.92 $2,107,062.92 200 Original Funds Available for Change Orders 197,200.78 $197,200.78 Remaining Funds Available for this CO $101,187.41 $101,187.41 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 6.85% MAXALLOWABLECONTRACT AMOUNT (ORIGINAL CONTRACT COST+25%) $2,465,009.75 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order is for additions requested by the owner during construction that include: design modifications, park amenities, grading, drainage and hydromulch. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment In full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, Including ensuring all performance and reporting requirements. Contractor's Company Name I Contractor (Name) I Signature I Date l L.J. Design and Construction Greg Woolsey : gapH retract Jun zo, 2024 I InspeclorMspecBon Supervisor Date Project and Contract Compliance Manager Date �•,xw•au Jun 21,2024 ��� Jun 21,2024 Program Manager Dale \Senior Capital Project Officer Dale Jun 21, 2024 --/1— Jun 24, 2024 Assistant Director Depl) Date Director, Contracting Department (Dept) Date .r Jun 25,2024 °°' � Jun 25, 2024 Assistant City Attorney Dale rAssisianl City Manager Date qM Jun 27,2024 r Jul2,2024 Council Action (if required) A M&C Number 1 24-0521 l M&C Date Approved l 6/11/2024 ATTEST: r...— A .1Sa2w KC Jannette Goodall, City Secretary Form WORTI City of Fort Worth Change Order Additions Project Name I Playground Replacement at 7 Parks North I City Sec ff 1 58860 1 Client Project it 1 102353 1 Contractorl L.J. Design & Construction PMl PatdckVicknalr I Inspector[ Byron klcDonald Change Order Submittal 02 Date 2/1372024 AD91TIONS 1 IILM DLSCRIPIION DEPI City Unit UnitCost total 1 Unit 3 - Eugene Mc(7ay Park Add tion of h ding a[ Ich�na nt to rarea 1 Addition of (emroma olrmto establish grass in damaged PARD 1.00W000U LS $10,404 OU $10,404.001 Addition of Ihr€e coo Iv ith concrete plaza and ADA access PARD 1.00000000 LS $10,549.00 $10,549.g0' Unit 6 - Quannah Parker Park I Additional excavation required fordrainage oulfall to river PARD �Q.� LS59.QO--$450:001 Added concrete oulfall to river PARD 1=26 LS $25U.U0 $25�00 Unit 4-1.1111 ohnPark AdditionalrefoCallonofproposed walk PARD 1.00000000 LS $3,000.00 $3,0W.00 Additional demolition of exis0�gQ retaini wa'J PARD 1.O0W000U LS $150.00 $750.W Additional dirt and grading [a Y entr nce PARD 1.O0W00W LS 1y900.06 t'630.OU $900.00 Addition of new concrete curb and gutter (orADAramp PARD 1.W0W000 LS S630.001 AddiOonaldemohlgnoI oodppoosI PARD 1.000W00U LS $$100.0U 1W.001 Addition alromovalofexistingda ds PARD 1.0WW000 LS 5A59.99 �450.001 Unit 2 - Arcadia Trail Park South Addition of a check valve on drainage pipe at oulfall PARD 1.00000000 LS $195.75 $195.751 Unit i -Arcadia Trail Park Additional grading and did to raise existing cookerlonew elevation PARD 1.1100000ou LS $150.W $15U.00 Additional bermuda sod In area of relocated sidewalk PARD 1.00000000 LS $8,000.W $8.000.00 I I I I I I I I I I I I I II i I I I I I I 1 1 I 1 1 I I I 1 1 1 PARD $39.041.751 I I I Sub Total Additions $39,041.751 Change Order Additions Page 2 of 4 MISBE for this Change Order MISBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co # DATE AMOUNT Total $0.00 6114/24, 1:43 PM CITY (COUNCIL /AGENDA Create New rrom This M&C M&C Review Official site of the City of Poet Worth, texas FORT 1NORTI I REFERENCE **M&C 24- 80 PLAYGROUND DATE: 6/11/2024 NO.: 0521 LOG NAME: REPLACEMENTS AT 7 PARKS NORTH CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2, CD 4, CD 5, CD 7 and CD 11) Authorize the Execution of Change Order No. 2 to City Secretary Contract No. 58860, in the Arnount of $39,041.75, with L.J. Design & Construction, LLC, for the FY20 Playgrounds (North) Project for a Total Construction Contract Arnount of $2,107,062.92 RECOMMENDATION: It is recommended that the City Council authorize the execution of Change Order No. 2 to City Secretary Contract No. 58860, in the amount of $39,041.75, with L.J. Design & Construction, LLC, for the FY20 Playgrounds (North) project (City Project No. 102353) for a total construction contract amount of $2,107,062.92. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of Change Order No. 2 to City Secretary Contract No. 58860, in the amount of $39,041.75, with L.J. Design & Construction, LLC, for the FY20 Playgrounds (North) project (City Project No. 102353) for a total construction contract amount of $2,107,062.92. On December 13, 2022 (M&C 22-1033), City Council authorized the execution of a construction contract with L. J. Design & Construction, LLC, in the amount of $1,972,007.80 for construction of seven playground replacements at the following parks: Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker, and Wright -Tarlton. After the award of construction, it was determined that changes were needed to address as built quantities verses bid quantities. Change Order No. 1, was executed administratively on March 11, 2024 for $96,013.37 to address those changes. Change Order No. 2 includes accommodations for design modifications, additional park amenities, grading, drainage, and hydro mulch. No additional days are requested with this change order request. Original Construction Contract $ 1,972 007.80 Change Order No. 1 $ 96,013.37 ------------- ---- - - - - - - - -- -- -- Change Order No. 2 I $ 3-9,041.75 Total Construction Contract $ 2,107,062.92 Funding is budgeted in the PARD Gas Lease Capital Projects Fund for the purpose of funding the FY20 Playgrounds (North) project, as appropriated. L. J. Design & Construction, LLC, agrees to maintain its initial M/WBE commitment of 5\% that it made on the original contract and extend and maintain that same M/WBE commitment of 5\% to all prior change orders up to and inclusive of this Change Order No. 2. Therefore L. J. Design & Construction, LLC, remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. The seven playground replacements are located in COUNCIL DISTRICTS 2, 4, 5, 7, 11. FISCAL INFORMATION/CERTIFICATION: tile:///X:/PLANNING & RESOURCE MANAGEMENT/CAPITAL PROJECTS INFRASTRUCTUREIPROJECTS_ACTIVE/PV - Playground Replacement,.. 112 Gh4/24. A3 PM M&C Review The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the PARD Gas Lease Capital Projects Fund for the FY20 Playgrounds (North) project to support the approval of the above recommendation and execution of the change order. Prior to an expenditure being incurred, the Park & Recreation Department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference it Amount ID I I ID I I I Year I (Chartfield 2) FROM Fund Department Account Project I Program Activity I Budget I Reference # I Amount ID ID Year (Chartfield 2) Submitted for Citv Manaaer's Office bv: Originating Department Head: Additional Information Contact: Jesica L. McEachern (5804) Richard Zavala (5704) Scott Penn (5750) ATTACHMENTS 80 PLAYGROUND REPLACEMENTS AT 7 PARKS NORTH funds availabililv.pdf (CFW Internal) 80 Plavaround renlacements at 7 Parks North.xlsx (CFW Internal) L J Acceptance of Previous MWBE Committment Slaned RL.ndf (CFW Internal) LJ Desian and Construction CO #2.pdf (CFW Internal) LJ Form 1295.pdf (CFW Internal) file:MX:IPLANNING & RESOURCE MANAGEMENT/CAPITAL PROJECTS INFRASTRUCTURE/PROJECTS_ACTIVE/PV - Playground Replacement... 2/2 CSC No. 58860-Col FoR�r Project Namel Playground Replacement at 7 Park Sles Client Project #(s)l 102353 Project Description Contractor) City Protect Mgr.1 City of Fort Worth Change Order Request I City Sec # 1 58860 Playground replacements at Arcadia Trail, Arcadia Trail South, Eugene McCroy, Littlejohn, Marine, Ouanna Parker, Wright -Tarlton Parks L.J. Design & Construction Patrick Vicknair Dept. Orglnal Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contrad Cost to Date 'Go to ADD g DEL Tabs to Enter CO Backup Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) PARD $1,972.007,80 Change Order #1 1 I Datel 229024 City Insce,-tor1 Byron McDonald Contract Time Totals (CD $1,972.007.80 �2io $1,972,007.00 $1,972,007.80 200 96,013.37 126013.37 $2,068,021.1 $2X8,0`11.17 200 $197 200.7 197,200-78 1197,200.78 ty6a/d I CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 4,87% btAXALLONJABLECOIJTRACTAIAOUNT(ORIGINAL CONTRACTCOST+ 25%) 52,465,009-75 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order is for adjustments to the quantibes bid by Die contractor per the construction documents verses ttie quint t es measured dur no cor,st•uctlon and at substainat completion and per the as built drawings. It Is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the above Change Order, The Project/program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, Including ensuring all performance and reporting requirements. Contractor's an L J Design and Construction !nspectorAnsomilion S tractor Name Graq Wcolsey Date Mar 4, 2024 GvGr i'rtltc�' ct and ConWd Compliance Manager %,`- .i..__ t?aN \tar 1, 2024 Date !.1ar4, Tula Prograll Date Senior Capital cIOfficer Date Mars, 2024 Mar 5, 2024 Ass . ,..i' Date Director, Contracting Department (Depq w Date Filar 7, 2024 � — - ------ Mar 7, 70; •� AasblaM Atkin Date Assistant City l0an.r er Dale t•.1dr q, Jt1)4 I Mar 11. 2024 CouncilActien(if required) M&C Number 1 22.1033 M&C Date Approved 1 12/1120221 ATTEST: Jannette Goodall, City Secretary ForcrWoen'n City of Fort Worth Cliange Order Deletions Project Name I Playground Replacement all Parks North I City Sec It 1 58860 1 Client Project 1 1 102353 1 Contractorl L.J. Design 8 Construction PMI Patrick Vcknai I Inspeclorl Byron McDonald Change Order Submittal 11 0 Dale 2l131202A UE _EIIUNS UESCHIPIIUN - DEPI city Unit ' Unit Cost total I I I I I I PARD $0.001 I I I Sub Iolal Uelebons $0.001 Change Order Deletions Page 3 of A FORTWORTH. TRANSPORTATION AND PUBLIC WORKS December 9, 2024 L.J. Design & Construction, LLC 658 Peden Rd. Fort Worth, TX. 76179 RE: Acceptance Letter Project Name: Playground Replacement at 7 Parks Project Type: Paving, Playground City Project No.: 102353 To Whom It May Concern: On October 25, 2023 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on November 30, 2023. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 30, 2023, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 682- 329-6637. Sincerely, Pates d�c,e%a�, Patrick Vicknair, Project Manager Cc: Byron McDonald, Inspector Gary Deyon, Inspection Supervisor Edward D'avila, Senior Inspector Jing Yang, Program Manager Pacheco Koch, Consultant L. J. Design & Costruction, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Before & After Pictures Financial Documents Rev. 8/20/19 CONSENT OF OWNER ■ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ AL4 DOCUMENT G707 SURETY ❑ OTHER ❑ Bond # 4459612 PROJECT: Playground Replacement at Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker, and Wright -Tarlton Park, 30100-0800450-5330500-102353-004880-999 (name, address) TO (Owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 CONTRACTOR: L.J. Design & Construction, LLC ARCHITECT'S PROJECT NO: CONTRACT FOR: CONTRACT DATE: December 13, 2022 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Comjpany) SureTec Insurance Company 2103 CityWest Blvd., Suite 1300 Houston, TX 77042 on bond of (here insert name and address of Contractor) L.J. Design & Construction, LLC 9176 Hyde Rd. Fort Worth, TX 76179 .SURETY COMPANY. ,CONTRACTOR. hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 ,OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this Sth day of January, 2025 Attest (seal): SureTec Insurance Company Surety Company Signature of rized Re entative Title Jeremv Barnett, Attorney -in -Fact NOTE This romi is to be used as a companion dOCLlnlent to AIA DOCUMENT G706. CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT AND CLAIMS, Current Edition AIA DOCUMENT G707 * CONSENT OF SURETY COMPANY TO FINAL PAYMENT *APRIL 1970 EDITION *AIA POA# 4221941 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office In Glen Allen, Virginia, does by these presents make, constitute and appoint: Tony Fierro, Jay Jordan, Johnny Moss, Steven W. Searcey, Robert J. Shuya, Jeremy Barnett, Robert G. Kanuth, Jade Porter, Jennifer Cisneros, Jarrett Willson, Jack Nottingham, Brady Wilson, Brennan Williamson, Jarod Jaggers, Caleb Hale, Ryan Cox Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Twenty Million and 00/100 Dollars ($20,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: 'RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named ill the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto.' IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be sighed by their duly authorized officers on the 11th day of September , 2024 - SureTec Insurance Company SUFtANC� UJI .*Uv A Michael C. Keimig, kesident State of Texas County of Harris: .•�aU+NcF Markel I�tsUrance Company Syl L4YJennings, %ice President On this 11th day of September , 2024 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. •asattrtrttrrlr' IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Off;;ii VS,e e QHarris, the day and year first above written. By: n SI _ Chelsea Turner, Notary Public .' My commission expires 7/6/2028 4�7 OFWe, the undersigned Officers of5ureTec Insurance Company and Markel Insty Cvrtrpa dq JZR� Acertifythat the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has neip'eegi •a a '1��,��,essala IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 8th day of January 2025 SureTec Insurance Company l,ys� Markel Insurance Company 7 ! B .tom M. Brent Beaty, Assistant Secretary 9ndrew Marquis, Assistan.�ecretary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 4221941 !f!f For verification of the authority of this Power you may call (713)812-0800 on any business day between-8:30 AM and S:00 PM CST. AFFIDAVIT STATE OF Texas COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Greg Woolsey, Owner Of L. J. Design & Construction LLC, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Playground Replacement at 7 Parks South BY Gri Woolsey, Owner Subscribed and sworn before me on this date 8th of January, 2025. 6?M"A—) Notary Public County, State `ra rran41 Tefas BONNIE FLORES �rtvP�a`s =Notary Public, Stets of Texas Comm. Expires 07-1r-2025 Notary 1D 124313796 a Arcadia Park Playground # 7 — BEFORE ilk Arcadia Park Playground # 7 — AFTER . . . . . . . . . . . . rs Via ll qp., A" - %m • �Ir ia� 40 rs S -lot- I.. l! [ i i t �4 �.. H �r I Yt ,a fig, .11ri 4- Sr V. . . . . . . . . . . . . . . I r ,II I 24�1- t F .wr um of Amc Fund 3010 100 Total 2060000 102353 RETAIN (48,615.10)I (78,600.35) (48,615.10) (78,600.35) (48,615.10) I (78,600.35) A B C I D I E I F G H I J K L M I 2 Sum of Amount Column Labels 3 Fund Journal D. •• 4 4/24/2023 2060000 104574 RETAIN (9,053.14) 5 5/23/2023 2060000 104574 RETAIN (3,299.39) 6 6/13/2023 2060000 104574 RETAIN (3,092.04) 7 8/18/2023 2060000 104574 RETAIN (1,821.65) 8 8/24/2023 2060000 104574 RETAIN (982.07) 9 9/28/2023 2060000 104574 RETAIN (631.08) 10 10/1/2023 2060000 104574 RETAIN (18,879.37) 11 11/28/2023 2060000 104574 RETAIN (295.78) 12 12/19/2023 2060000 104574 RETAIN (795.20) 13 10/29/2024 2060000 104574 RETAIN (6,782.46) 14 (18,879.37) (19,970.35) (6,782.46) 15 Grand Total (18,879.37) (19,970.35) (6,782.46) 16